Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,1997 PSA#1778

Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715

C -- A-E SVCS ARE REQUIRED FOR ONE INDEL DEL-TYPE A-E (MULTI-DISCIPLINE) CONTR FOR US HOLOCAUST MEMORIAL MUSEUM WASHDC MAY BE USED BY AGENCIES & BALTO DIST SOL DACA31-97-R-0019 POC Susan Sonenthal, 410-962-7646 CONTRACT INFORMATION: AE service are required for one indefinite delivery-type contract for use at the US Holocaust Museum, Washington, DC, as well as for use by other Federal Agencies and may be used to support other Baltimore District missions. This announcement is unrestricted and therefore is open to all businesses, regardless of size. The contract will be for one base period and two option periods. Performance periods will not exceed 1 year. The contract amount for the base period and any option period will not exceed $1,000,000 each. Individual task orders shall not exceed the annual contract amount. Anticipated award date is July 1997. 2. PROJECT INFORMATION. Design services required for these projects include, but are not limited to: architectural, interior design, planning, civil engineering, electrical engineering, mechanical engineering (including plumbing), fire protection, sanitary engineering, structural engineering, vertical transportation, cost estimating, and security systems design. Work will be for new construction, roofing systems, building maintenance, preparation of reports, studies, programming documentation, design criteria, and may include economic analysis, design and preparation of construction documents, construction management services, facility related studies, contract drawings and specifications and other support activities. The AE must have experience in design of museums, renovation of existing exhibition areas without diminishing the experience of moving between spaces; protection of museum collections through installation of climate control systems; and the ability to weave elements of history and humanism into the fabric of the design, symbolically, through the use of design elements. At the same time, the A-E must have the ability to design additions or alterations within the framework of the current aesthetics and the original design. The firm selected must be an architectural lead with multidiscipline capability. Multidiscipline capability may be either through in-house staff or through the use of consultants. The AE must also have the capability to provide designs for vertical transportation (elevators, escalators, etc.) and be able to accomplish elevator inspection and escalator certification services. 3. SELECTION CRITERIA: See Note 24 which is listed in the back of any Monday issue of the CBD, for general selection process. The selection criteria are listed below in descending order of importance. Specialized experience and technical competence of the firm and consultants in: (1) Experience in architectural designs which memorialize events associated with the "Holocaust" (2) Architectural and engineering design and renovation of unique museum facilities which includes large public assembly areas (3) Experience in design of additions and modifications to national memorials (4) Experience in submissions and presentations to the National Capital Planning Commission (NCPC) and the Commission of Fine Arts (CFA). The basis for selecting an AE for a particular delivery order will be based on several factors. Among these factors are anticipation of customer needs, customer satisfaction, current capacity of the contract, ability of the AE to perform the task in the required time, unique specialized experience that the AE can offer, and performance and quality of deliverables under the AE's current IDTC, along with customer responsiveness. While this process is necessarily a "subjective" process, the intent of this contract is to satisfy customer needs in an expeditious and cost effective mode. 4. SUBCONTRACTING PLAN REQUIREMENTS: If a large business is selected, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 25% of the total planned subcontracting dollars shall be placed with small business concerns. At least 5% of total planned subcontracting dollars shall be place with small disadvantaged businesses, including Historically Black College and University or Minority Institutions, and 5% with women-owned small businesses. The plan is not required with this submittal. 5. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit a SF 255 for the proposed team. Failure to submit 254s for subcontractors will result in elimination. Previously submitted 254s are not retained in this office. Copies of SF 254 for the prime firm and all consultants must also be submitted. Submit responses within 30 days from the date of this announcement, including date of publication, to US Army Corps of Engineers, City Crescent Building, 10 South Howard St., Room 7000, Baltimore, MD 21201. Solicitation packages are provided only to the selected firm after selection approval. Results of selection will be mailed to non-selected firms approximately 60 days after closing of this announcement. Point of contact can be reached at Internet: Susan.J.Sonenthal @usace.army.mil or 410-962-7646. (0036)

Loren Data Corp. http://www.ld.com (SYN# 0014 19970207\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page